Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 26, 2009 FBO #2924
SOURCES SOUGHT

99 -- INTEGRATED DISPLAY SYSTEM REPLACEMENT

Notice Date
11/24/2009
 
Notice Type
Sources Sought
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, ATO-A HQ - FAA Headquarters (Washington, DC)
 
ZIP Code
00000
 
Solicitation Number
DTFAWA-09-R-00462-8938
 
Response Due
12/15/2009
 
Archive Date
12/30/2009
 
Point of Contact
Curtis Fields, 202-385-8649
 
E-Mail Address
curtis.fields@faa.gov
(curtis.fields@faa.gov)
 
Small Business Set-Aside
N/A
 
Description
This SIR/RFP is being posted in accordance with Federal Aviation Administration (FAA) Acquisition Management Policy, Section 3.2.1.3.12, Public Announcements. The FAA has a requirement to replace the existing Information Display System - Model 4 (IDS-4) inventory currently in use throughout the National Airspace System (NAS). The IDS is a local and wide area network providing a methodology for the acquisition and dissemination of weather and operational data from a multitude of National Airspace System (NAS) and National Weather Service (NWS) systems to Air Traffic Controllers and Managers at Terminal Radar Approach Control (TRACON), Air Traffic Control Tower (ATCT), Department of Defense, and other facilities as required to provide a complete network. The current IDS-4 uses DOS-based applications and hardware no longer supported by industry. The FAA intends to replace 2,230 IDS-4 workstations at all existing IDS-4 locations. The FAA may procure up to 3,230 additional workstations to fulfill the same or similar display system requirements at other locations across the National Airspace System (NAS). The selected vendor will be responsible for the design, development, testing and production of the workstations, including all software, hardware, and firmware development necessary to meet the FAA's minimum requirements. However, the FAA will retain all software data rights. The vendor will be responsible for performing the site preparation, site adaptation, and installation of the system. The selected vendor will also be required to establish a logistics infrastructure for the display systems, to include: appropriate spare/repair parts; development and presentation of training courses, system manuals and instruction books; and engineering support.. Please review the solicitation in its entirety and carefully follow all the instructions. This procurement is a small business set aside. FAA plans to make a single award but reserves to right to make multiple awards if it is in the agencies best interest. The principle North American Industry Classification System (NAICS) code for this effort is 541511, Custom Computer Programming Services, with a size standard of $25.0M. Written questions or comments on the solicitation must be submitted in accordance with the solicitation instructions and received no later than December 4, 2009.. Responses that clarify questions and comments may be provided to all Offerors; however, the source of questions will not be identified. To be considered for award, vendors should be registered in Central Contractor Registration (CCR) and not listed on the Excluded Parties List System (EPLS). Prospective offerors are hereby on notice that any amendment(s) issued to this solicitation will be published at http://faaco.faa.gov/under the current announcements for the FAA Headquarters. It is the Offerors' responsibility to visit this website frequently for updates on this procurement. If an amendment is issued and the Offeror does not acknowledge it, the Offeror may be considered nonresponsive to the solicitation. All responses to this SIR/RFP must be received no later 4PM ET, January 5, 2010 at:Federal Aviation Administration600 Independence Ave., SWWashington, DC 20591Attn: Curtis FieldsFOB 10B, Suite 4W150, Cube 4W42HS(202) 385-8649 Or Federal Aviation Administration600 Independence Ave., SWWashington, DC 20591Attn: Dawn BrownFOB 10B, Suite 4E100, Cube 4E32NN(202) 385-8571 The FAA will not be liable for any costs associated with the preparation of responses to the RFP, nor reimburse or otherwise pay any costs incurred by any party responding to this announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/HQ/DTFAWA-09-R-00462-8938/listing.html)
 
Record
SN02011000-W 20091126/091124235803-e29583858c3fdbc1e407570a932bcad4 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.